FedBizOpps – Procurements
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road Suite 0119 Fort Belvoir VA 22060-6220
99 — Goose Hazard Management Services SP4705-13-R-0009 062513 Antoinette J. Gregg, Phone 7037671189, Email Antoinette.Gregg@dla.mil
COMBINED SYNOPSIS/SOLICITATION
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
This is a Request for Proposal (RFP) and the solicitation number is SP4705-13-R-0009. No formal solicitation will be issued. Review the attached Statement of Work for more details. This solicitation is issued as 100% set-aside for small business concerns. The NAICS code is 561210, Goose Management Services and the size standard is $35,500,000.00.
This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-66 effective April 01, 2013, Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20130617 effective June 17, 2013, and Defense Logistics Acquisition Directive (DLAD) Revision 5 and Proc Ltr 2012-48. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil.
Defense Logistics Agency Contracting Services Office intends to procure an acquisition on behalf of the Defense Logistics Agency (DLA) Facilities to establish a contract for all management, labor, transportation, materials, equipment and working dog(s) to provide goose hazard management deterrent service. Place of performance will be Fort Belvoir, Virginia.
The period of performance will be for a 12 month base year with two 12 month option periods.
Contract Line items:
Base Period
0001 -On -Site Goose Hazard Management for DLA HQ
1001- On -Site Goose Hazard Management for DLA HQ
2001 On -Site Goose Hazard Management for DLA HQ
Description of Requirements:
The contractor shall be directly responsible for ensuring the accuracy, timeliness, and completion of all tasks under this effort. Date (s) and place (s) of delivery and FOB Point:
Defense Logistics Agency (DLA)
8725 John J. Kingman Road
Fort Belvoir, VA 22060
FOB: Destination
Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and addendum (FEB 2012). Proposal shall be received no later than June 25, 2013 10:00 AM (Eastern Time). Faxes and email response will be accepted. Advance copies of the response can be email at antoinette.gregg@dla.mil. Note: All responses must include the solicitation number on the cover page. For email, the solicitation number must be included within the subject line.
(b) Submit one (1) original copy of the technical proposal and one (1) copy of the technical proposal. Within the copy, remove all mention of the contractor’s name. Failure to submit redacted copies of the proposal will result in a finding that the proposal is not acceptable.
(4) Technical Proposal: Provide a written narrative that describes your technical qualifications and addresses your ability to meet the requirements set forth in the Performance Work Statement. Proof of any certifications mentioned within the resume must be included in the technical proposal for the person being proposed to perform the required services.
(8) Certifications and Representations. FAR clause 52.212-3, Alt I: complete applicable fill-ins.
(10) Past Performance: Offers shall include the resume of the person(s) proposed to provide the required services as within the Statement of Work. Resume(s) shall describe the proposed personnel’s credentials. Offeror must provide past performance reference for the same or similar services provided. For past performance references provide the current points of contact information, identify any government contract number, type of services provided, a description of the services provided, and number of years services provided. (m) Questions and/or requests for information concerning this solicitation should be submitted in writing via email, within three days of the issuance date of this solicitation, to Antoinette Gregg at email address antoinette.gregg@dla.mil. The cut-off date for all questions is Friday, June 21, 2013. (End of Provision); 52.212-2 Evaluation-Commercial Items (JAN 1999) LOWEST PRICE TECHNICALLY ACCEPTABLE EVALUATION
The contract resulting from this solicitation will be awarded based on the following evaluation factors:
(1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments.
Technical Requirements are the primary determining factors of an offeror’s ability to perform. Offerors shall describe how they meet or plan to meet all mandatory requirements in the respective Statement of Work (SOW) and contract clauses. The Government will review proposals to determine whether or not an offeror has adequately demonstrated an ability to meet or exceed the Government’s requirements in accordance with the SOW. For each technical requirement, offers demonstrating an ability to perform will at a minimum be determined “acceptable” for that requirement task. Depending on each contractor’s capability, they may be determined to be outside the realm of acceptability and not provided an opportunity to revise their quote if discussions become necessary.
(2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price. Price Evaluation is to be performed by the Contract Specialist and Contracting Officer. Vendors are required to submit price quotes in accordance with the proposed CLINs structure. Vendors are to provide firm-fixed pricing for each of the CLIN’s as well as a total price for the entire effort. The Government will evaluate offers for award purpose by adding the total price for all options to the total price basic requirement.
The Contracting Officer may utilize on-line reverse auctioning as a means of conducting price discussions under this solicitation. If the Contracting Officer decides to use on-line reverse auctioning to conduct price negotiations, the Contracting Officer will notify offerors via e-mail with instructions of this decision. The Contracting Officer will provide offerors determined to be in the competitive range with information concerning the on-line auction process.
(3)Period of Performance: Offerors must meet the required delivery date, or if POP: Offerors must be able to start performance on the required period of performance.
Each offeror’s proposed price will be evaluated for reasonableness. The Government currently intends to award a contract with a base period of performance of 12 months and two (2) twelve months option period.
It is the Government’s intention to award without negotiating, under a lowest price, technically acceptable (LPTA) evaluation approach.
FAR52.212-3, “Offeror Representations and Certification-Commercial Items” (APR 2012); 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items” (AUG 2012); 52.217-5, “Evaluation of Options” (JUL 1990); 52.217-8, “Option to Extend Services.” 52.217-9, “Option to Extend the Term of the Contract.” 52.219-28, “Post-award Small Business Program Representation” (APR 2009); 52.232-17, “Interest” (OCT 2008); 52.237-3, “Continuity of Services'” (JAN 1991); 52.242-13, “Bankruptcy” (JUL 1995); 52.242-15, “Stop-Work Order” (AUG 1989); 52.212-4, “Contract Terms and Conditions-Commercial Items” (FEB 2012); 52.232-33, “Payment by Electronic Funds Transfer-Central Contractor Registration”; 52.233-9001; “Disputes: Agreement to Use Alternative Dispute Resolution” (AUG 2004). DFARS 252.212-7000, “Offeror representations and certifications – Commercial Items” (Jun 2005) Certification and Representation shall be Submitted separately from the quote and 252.212-7001, “Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisition of Commercial Items” (Apr 2007) (DEVIATION), 52.204-99, “System for Award Management” (Aug 2012) and 252.243-7001, “Pricing of Contract Modifications” (Dec 1991). 252.232-7003, “Electronic Submission and Processing of Payment Requests and Receiving Reports” (Mar 2008)
The Government has the option to extend the services for this action. Therefore, FAR 52.217-8, “Option to Extend Services Addendum”applies to this acquisition.
“The government might find it necessary to exercise FAR clause 52.217-8 “Option to Extend Services” at some point in this contract. At minimum, pricing for this clause will be evaluated in every offer prior to award as part of the pricing provided for the base year and any relevant “Option to Extend Term of the Contract” period of performance per FAR 52.217-9. Should the “Option to Extend Services” clause be exercised, pricing will follow past practices and be set at the then current rates being utilized in the contract, prorated to the Extended Services performance periods being utilized. For example, should this clause be exercised for a two month performance period to follow the option year one performance period of the contract, then the pricing would be set for two months at option year one pricing, barring the operation of other law.”
This procurement is a candidate for Reverse Auction. Therefore, DLAD 52.215-9023, “Reverse Auction” applies to this acquisition by full text.
As prescribed in DLAD 15.408-90(c)(1), use the following provision.
REVERSE AUCTION (NOV 2012)
The Contracting Officer may utilize on-line reverse auctioning as a means of conducting price discussions under this solicitation. If the Contracting Officer does not conduct a reverse auction, award may be made on the basis of initial offers or following discussions not using reverse auctioning as a pricing technique. If the Contracting Officer decides to use on-line reverse auctioning to conduct price negotiations, the Contracting Officer will notify offerors of this decision and the following provisions will apply.
(a) The award decision will be made in accordance with the evaluation factors as set forth in the solicitation. The reverse on-line auction will be used as a pricing technique during discussions to establish the final offered prices from each offeror. These prices will be used in conjunction with the evaluation factors stated elsewhere in the solicitation in order to make the award decision in accordance with the basis for award stated in the solicitation.
(b) Following the decision to conduct discussions using on-line reverse auctioning as a pricing technique, the Contracting Officer or his/her representative will provide offerors determined to be in the competitive range with information concerning the on-line auction process. The Government intends to use a commercial web-based product to conduct the reverse auction.
(c) Prior to or simultaneously with conducting the on-line reverse auction, the Contracting Officer may hold discussions with the offerors concerning matters appropriate for discussion, such as issues involvingtechnical proposals or unbalanced pricing.
(d) The lowest offeror’s price(s) for each round of the reverse auction will be disclosed to other offerors and anyone else having authorized access to the on-line auction. This disclosure is anonymous, meaning that each offeror’s identity will be concealed from other offerors (although it will be known to the Government; only a generic identifier will be used for each offeror’s proposed pricing, such as “Offeror A” or “lowest-priced offeror”). By submitting a proposal in response to the solicitation, offerors agree to participate in the reverse auction and that their prices may be disclosed, including to other offerors, during the reverse auction.
(e) The reverse auction system currently in use designates offers as “Lead,” meaning the current low price in that auction, or “Not Lead,” meaning not the current low price in that auction. In the event of a tie offer, the reverse auction provider’s system designates the first offer of that price as “Lead” and the second or subsequent offer of that price as “Not Lead.” Offerors shall not submit a tie offer, since this is inconsistent with the purpose of the reverse auction. If a tie offer is submitted, the “Not Lead” offeror that submitted the tie offer must offer a changed price; it will be ineligible for award if the final price in the auction is the tie offer price.
(f) An offeror’s final auction price at the close of the reverse auction will be considered its final proposal revision. No price revisions will be accepted after the close of the reverse auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with Federal Acquisition Regulation (FAR) 15.307, or the Contracting Officer determines that it would be in the best interest of the Government to re-open the auction.
(g) The following information is provided regarding the procedures to be followed if a reverse auction is conducted.
(1) Each offeror identified by the Contracting Officer as a participant in the reverse auction will be contacted by Defense Logistic Agency’s commercial reverse auction service provider to advise the offeror of the event and to provide an explanation of the process.
(2) In order for an Offeror to participate in the reverse auction, such offeror must agree with terms and conditions of the entire solicitation, including this provision, and agree to the commercial reverse auction service provider’s terms and conditions for using its service. Information concerning the reverse auction process and the commercial service provider’s terms and conditions is embedded within the email notification sent by the on-line reverse auction pricing tool system administrator.
(3) Offerors shall secure the passwords and other confidential materials provided by the commercial reverse auction service provider or the Government and ensure they are used only for purposes of participation in the reverse auction. Offerors shall keep their own and other offerors’ pricing in confidence until after contract award.
(4) Any offeror unable to enter pricing through the commercial reverse auction service provider’s system during a reverse auction must notify the Contracting Officer or designated representative immediately. The Contracting Officer may, at his/her sole discretion, extend or re-open the reverse auction if the reason for the offeror’s inability to enter pricing is determined to be without fault on the part of the offeror and outside the offeror’s control.
(5) The reverse auction will be conducted using the commercial reverse auction service provider’s website as embedded in the email notification. Offerors shall be responsible for providing their own computer and internet connection.
(6) Training:
(i) The commercial reverse auction service provider and/or a Government representative will provide familiarization training to offerors’ employees; this training may be provided through written material, the commercial reverse auction service provider’s website, and/or other means.
(ii) An employee of an offeror who successfully completes the training shall be designated as a ‘trained offeror.’ Only trained offerors may participate in a reverse auction. The Contracting Officer reserves the right to request that offerors provide an alternate offeror employee to become a ‘trained offeror.’ The Contracting Officer also reserves the right to take away the ‘trained offeror’ designation from any trained offeror who fails to abide by the solicitation or commercial reverse auction service provider’s terms and conditions.
(End of Provision)
The resulting contract will be firm-fixed price. The period of performance will be from the date of award until contract completion.
Offerors must be submitted via one of the following methods by 10:00 AM ET, June 25, 2013: Email to: antoinette.gregg@dla.mil.; Fax to: 703-767-1172 Attn: Antoinette Gregg or Mail to : DLA Contracting Services Office, ATTN: Antoinette Gregg, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060.
To be eligible for award of a Government contract, contractors must be properly registered in the System Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220, or via the Internet @www.sam.gov. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future award.
Set-Aside: Total Small Business Place of Performance: 8725 John J. Kingman Road Fort Belvoir, VA 22060 US URL: https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-13-R-0009/listing.html
OutreachSystems Article Number: 130620/PROCURE/0532
Matching Key Words: writ*; copy; technical; standard;
Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA
R–NCEA-On-Site Information Management Services-Cincinnati SOL-CI-13-00022 070913 Michael D. Kreacic kreacic.michael@epa.gov United States Environmental Protection Agency (US EPA), Office of Research and Development (ORD), National Center for Environmental Assessment (NCEA), seeks a contractor to provide On-Site Information Management Services for its Cincinnati Office.
The services to be performed include: 1. Operate NCEA Information Centers 1.1. Provide Responses and Track NCEA Center Requests 1.1.1 Superfund Health Risk Technical Support Center (STSC) 1.1.2 Ecological Risk Assessment Support Center (ERASC) 1.2. Provide Technical Services to NCEA in the Development and Preparation of Reports and Written Responses to Center Requests 1.3. Records Maintenance for Center Services
2. Provide Technical Services for the Technical Information Unit (TIU) 2.1. Develop Records Management Products 2.2. Verify Reference Citations 2.3. Conduct Records Inventories 2.4. Services for Central Filing Areas 2.5. Freedom of Information Act (FOIA) 2.6. EPA Docket System Services
3. Scientific and Technical Product Development 3.1. Word Processing 3.2. Graphics 3.3. Technical/Nontechnical Writing and Technical Editing
The successful contractor shall provide all necessary labor, materials, services, equipment and facilities to support the efforts delineated by the Performance Work Statement (PWS). It is anticipated that SOL-CI-13-00022 will be posted to the Cincinnati website, approximately, May 30, 2013.
This procurement is a competitive 8(a), small business set-aside and to be awarded in accordance with FAR Part 15. It is anticipated to be a firm fixed price type contract and will have a base period with (4) twelve month option periods.
Award is anticipated to be made by September 30, 2013. Solicitation SOL-CI-13-00022 will appear on the internet, and it may be accessed through the EPA’s home page on the World Wide Net (www.epa.gov). It is the responsibility of interested offerors to frequently check FEDBizOpps or the EPA website address for updates or changes. See Cincinnati website, http://www.epa.gov/oam/cinn_cmd for posted draft Performance Work Statement (PWS) for this requirement.- All responsible 8(a) small businesses may submit a proposal which shall be considered by the Agency. No hard copies will be available. The NAICS code is 541614 with a sizestandard of $14,000,000. The point of contact for this procurement is Michael Kreacic kreacic.michael@epa.gov.
Set-Aside: Competitive 8(a) Place of Performance: ORD/OSIM-CINUS Environmental Protection AgencyORD Office of Scientific Info Mgmt26 West Martin Luther King Dr.Mail Code: W136ACincinnatiOH45268USA 45268 USA URL: https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-13-00022/listing.html
OutreachSystems Article Number: 130619/PROCURE/0570
Matching Key Words: writ*; technical; standard;
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road Norfolk VA 23521
U — PROVIDE SITE EXPLOITATION TRAINING H92240-13-T-JH16 071413 Jackie D Handley, Phone 757-763-2441, Fax 757-462-2434, Email jacqueline.handley@navsoc.socom.mil ;
p;
This is a combined synopsis solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation H92240-13-T-JH16 is issued as a request for quotation (RFQ). This is notice Naval Special Warfare Command, Contracting Office, Joint Expeditionary Base (JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract.
The associated NAICS code is 611699 and the Small Business Size Standard is $10.0 M.
This requirement is 100% set aside for small business.
Clin 1001: Contract Line Item (CLIN) 0001 Provide site exploitation course of instruction for a duration of 3 days for 25 persons. Anticipated dates: 29-31 Jul 2013, 0001 GP See attached statement of work (SOW).
Clin 2001: . (Option) Provide site exploitation course of instruction for a duration of 3 days for 25 persons. Anticipated Dates to be determined during Mar 2014 , 0001 GP
Clin 3001: . (Option) Provide site exploitation course of instruction for a duration of 3 days for 25 persons. Dates to be determined Anticipated during Nov 2014 , 0001 GP
Clin 3002: . (Option) Provide site exploitation course of instruction for a duration of 3 days for 25 persons. Dates to be determined Anticipated during Jul 2015 , 0001 GP
Clin 4001: . (Option) Provide site exploitation course of instruction for a duration of 3 days for 25 persons. Dates to be determined Anticipated during Mar 2016 , 0001 GP
Clin 5001: . (Option) Provide site exploitation course of instruction for a duration of 3 days for 25 persons. Dates to be determined Anticipated during Nov 2016 , 0001 GP
Clin 5002: . (Option) Provide site exploitation course of instruction for a duration of 3 days for 25 persons. Dates to be determined Anticipated during Jul 2017 , 0001 GP
Deadline for RFQ Questions: All questions regarding this solicitation shall be submitted electronically to Jackie Handley, email: jacqueline.handley@navsoc.socom.mil no later than Jun 28, 2013 at 10:00 am Eastern time to provide adequate time to prepare a response. Potential quoters must monitor this website for changes to the combined synopsis/solicitation. Amendments to the combined synopsis/solicitation will be posted to this website.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, effective 01 Apr 2013.
NOTE: THE ATTACHED TWO CLAUSES MUST BE FILLED OUT AND RETURNED WITH THE QUOTE. (See attached PDF file)
DFAR Clause 252.209-7999 (DEV); Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law (JAN 2012)
DFAR CLAUSE 252.209-7998 (DEV); Representations Regarding Convection of a Felony Criminal Violation Under Any Federal or State Law (MAR 2012)
Note that you must be registered in the Central Contractor Registration system to be considered for the award. Registration is free and can be completed on line at http://www.sam.gov
Offerors shall complete the provision at 52.212-3, Offer Representation and Certification-Commercial Items which can be found completed via the ORCA website https://sam.gov
The above registrations can be completed through the System for Award Management (SAM) @www.sam.gov. The System for Award Management (SAM) is a free web site that consolidates the capabilities that used to be found in CCR/FedReg, ORCA and EPLS.
FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on the lowest priced technically acceptable proposal.
The following factors shall be used to evaluate offers: Technical capability, past performance and price. Price quotes should detail contractor’s ability to meet the required training specifications as detailed in SOW.
Provide two (2) examples of orders where same/similar training has been performed or being performed by your company within the past three (3) years.
The following provisions and clauses apply to this acquisition: It is the offeror’s responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil.
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-99 – System for Award Management Registration (August 2012) (Deviation)
FAR 52.209-6 – Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment
FAR 52.212-1- Instructions to Offerors – Commercial Items (FEB 2012)
FAR 52.212-3 Offeror Representations and Certification Commercial Items Alt 1 (DEC 2012)
FAR 52.212-4 – Contract Terms and Conditions — Commercial Items
FAR 52.212-5 – Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation)
FAR 52.217-8 Option to Extend Services- Notice of the government’s intent to exercise the option shall be given to the contractor 60 days prior to exercise of the option
FAR 52.217-9 Option to Extend the Term of the Contract
Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.
FAR 52.219-6 – Small Business Set-Aside
FAR 52.222-3 — Convict Labor
FAR 52.222-19 – Child Labor, Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999)
FAR 52.222-26 Equal Opportunity (Mar 2007)
FAR 52.222-36 – Affirmative Action for Workers with Disabilities (Oct 2010)
FAR 52.222-50; Combating Trafficking in Persons (FEB 2009)
FAR 52.223-18 – Encouraging Contractor Policies to Ban Text Messages
FAR 52.225-13 – Restrictions on Certain Foreign Purchases
FAR 52.232-18 Availability of Funds
FAR 52.232-33 Payment by Electronic Funds Transfer Central System for Award Management (Oct 2003)
FAR 52.233-3 – Protest After Award
FAR 52.233-4 – Applicable Law for Breach of Contract Claim
FAR 52.247-34 – F.O.B. Destination
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
FAR 52.252-2 – Clauses Incorporated By Reference FAR 52.252-5 (DEV) – Terms and Conditions Statues
FAR 52.252-6 – Authorized Deviations in Clauses
FAR 52.217-5 – Evaluation of Options
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
(End of Provision)
DFARS 252.203-7000 – Requirements Relating to Compensation
DFARS 252.203-7002 – Requirement to Inform Employees
DFARS 252.204-7003 – Control of Government Personnel Work Product
DFARS 252.204-7004 Alt A – Central Contractor Registration
DFARS 252.204-7008 – Export Controlled Item
DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders
DFARS 252.225-7000 Buy American Act Balance of Payments Program Certificate (Dec 2009)
DFARS 252.225-7001-Buy American Act and Balance of Payments Program
DFAR 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010 — Levies on Contract Payments and
DFARS 252.243-7001– Pricing of Contract Modifications
SOFAR 5652.204-9003 Disclosure of Unclassified Information (2007)
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.
SOFAR 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer.
SOFAR 5652.233-9000 Independent Review of Agency Protest
Set-Aside: Total Small Business Place of Performance: 1600 Seabee Drive Virginia Beach, VA 23459 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92240-13-T-JH16/listing.html
OutreachSystems Article Number: 130615/PROCURE/0104
Matching Key Words: film?; produc*; train*; you; website; web; site?; business*; instruct*; commercial?;
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St. Arlington VA 22209
R — Facilities Support Services SAQMMA13R 062813 Dudley L. Greene, Contract Specialist, Phone 7035161624, Email greenedl@state.gov – Timothy P. Farrell, Branch Chief, Phone 703-875-4230, Email farrelltp@state.gov The Bureau of Overseas Buildings Operations (OBO) of the United States Department of State (DOS) has the broad and vital mission of providing safe, secure, and functional facilities for the conduct of U.S. diplomacy and the global promotion of U.S. interests. OBO is charged with constructing, purchasing, and maintaining U.S. diplomatic mission facilities and other real estate holdings worldwide. The Construction, Facility, and Security Management (CFSM) Directorate within OBO provides a variety of design, engineering, construction, commissioning, operations, maintenance, and program functions that support the operational sustainment of new and existing DOS facilities worldwide. This includes support for design reviews at the various stages for new, renovation, and upgrade facility projects, on-site construction management, on-site facilities management, engineering analysis and design for building systems replacement, system studies, process re-engineering and evaluations that support improved operational efficiencies and cost reduction, and technical assistance in the development of new engineering and program support work.
This pre-solicitation notice is not a Request for Proposal (RFP). It is anticipated the solicitation will be issued electronically after approximately 15 days of this notice and will be posted on the Federal Business Opportunities web page at http://www.fedbizopps.gov. The solicitation number will be SAQMMA13R0360. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Potential bidders must register at FedBizOpps in order to receive notifications and/or changes to the solicitation.
IN ORDER TO BE CONSIDERED FOR AWARD OF THIS CONTRACT, interested offerors must possess a Defense Security Service (DSS) Final Secret, Interim Top Secret or Final Top Secret facility clearance (FCL) issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. All entities comprising a joint venture for this effort must already possess an FCL. At least one contract will be awarded to firms possessing Top Secret FCLs, and one or more firms with Final Secret FCLs may be selected for additional awards. Offerors must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation.
Selected firms possessing a Final Secret FCLs, or selected joint ventures comprised of entities cleared at the Final Secret level, will be sponsored by Department of State for an FCL upgrade to the Top Secret level. Sponsorship does not guarantee that the firm will receive the upgraded clearance. A period of 60 days from the date of selection for award will be allowed for the Secret cleared firms to obtain an Interim Top Secret FCL. After this period, the Government may, at its discretion, consider not awarding the contract to the selected offeror.
Due to performance time constraints, the Government will not delay award of contracts to selected firms already in possession of Interim and Final Top Secret FCLs. Contract performance at DoS locations will require a mix of Secret and Top Secret cleared personnel. TS cleared personnel must be eligible for COMSEC/crypto access.
This acquisition will be conducted as a Service-Disabled Veteran-Owned Set-Aside competitive procurement using Federal Acquisition Regulation (FAR) Part 15 procedures. Offers from other than Service-Disabled Veteran-Owned small businesses will not be considered. The applicable North American Industry Classification System (NAICS) code for this requirement is 561210. The small business size standard is 500 employees. The Government contemplates awarding multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) type contract with a one-year base period plus four option years. The solicitation will be evaluated in accordance with the criteria described in the solicitation. Central Contractor Registration (CCR) is required in order to be eligible for award. Information concerning CCR registration requirements can be viewed via the Internet at http://www.ccr.gov. Additionally, Online Representations and Certifications Application (ORCA) is also required and contractors can register at http://orca.bpn.gov.
All questions concerning this competition must be directed in writing via email to GreeneDL@state.gov. No questions or inquiries will be accepted by telephone or fax.
Job Categories Required:
1. Administrative Assistant I
2. Office Manager/Administrator
3. Program Analyst
4. Technical Writer/Editor
5. Facility Manager
6. Facility Manager Student Intern
7. Architect I
8. Architect II
9. Architect IIA
10. Architect III
11. Architect IV
12. Civil Engineer I
13. Civil Engineer II
14. Civil Engineer III
15. Civil Engineer IV
16. Electrical Engineer I
17. Electrical Engineer II
18. Electrical Engineer III
19. Electrical Engineer IV
20. Mechanical Engineer I
21. Mechanical Engineer II
22. Mechanical Engineer III
23. Mechanical Engineer IV
24. HVAC/Electronic Controls Technician
25. Building Automation System Technician
26. High/Medium Voltage Electrician
27. Project Coordinator
28. Elevator Specialist
29. Roofing Specialist
Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: 1701 N. Ft Myer Drive Arlington, VA 22209 US URL: https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA13R/listing.html
OutreachSystems Article Number: 130614/PROCURE/0087
Matching Key Words: writ*; technical; standard; operating; procedure?;
Department of Veterans Affairs, VA Corporate Franchise Data Center, Department of Veterans Affairs Corporate Franchise Data Center, Department of Veteran Affairs;SAO East;PCAE STL Contracting Officer;11152 South Towne Square;Saint Louis MO 63123
U–TJC VIRTUAL EDUCATION BROADCAST VA77713I0112 062813 Dana Diamond dana.diamond@va.gov dana.diamond@va.gov I. Introduction
This Request for Information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The purpose of this RFI is to identify qualified contractors who are able to meet VA’s requirements, understand contractor’s pricing and discount practices and other market information readily available. Information gathered from this RFI will assist with this determination. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
The Government reserves the right to limit the distribution of the resulting solicitation among the most highly rated responses to this RFI.
II. Background
The Department of Veterans Affairs, Veterans Health Administration (VHA), Employee Education System (EES) Services, now seeks the support of a contractor with broad The Joint Commission (TJC) technical expertise and seeking virtual education programs that are accredited and provided in a live, interactive virtual format utilizing a combination of TJC personnel, TJC trained surveyors and other healthcare professionals as subject matter experts to analyze, discuss, demonstrate and interpret regulations, and articulate successful compliance of TJC strategies to its viewers.
III. Requirements: Single Award Scope of Work
The contractor will be required to provide;
1. Labor, material and services necessary for the Department of Veterans Affairs (DVA), Veterans Health Administration (VHA) to conduct monthly recurring 60 minutes in length virtual interactive instructor-led programson The Joint Commission (TJC) education educational programs throughout the Calendar Year.
2. An unrestricted active Uniform Resource Locator (URL) global address link to a contractors hosted secure website for online access to view the JCR LIVE broadcast. It must meet all VHA IT and security requirements & 508 Compliant.
3. Method for questions and answers during and after the LIVE broadcast between presenters and learners.
4. RECORDING of all JCR LIVE broadcast using an unrestricted active URL global address link to a contractor’s hosted secure website
5. Secure web base online registration mechanism as well as for participants to receive continuing education credits that can accommodate all VHA web browsers, operating systems and meeting VHA IT and security requirements
6. Helpdesk Customer Service (CS) support via toll free phone number and e-mail to assist with on-line registration and other questions
7. Two rosters of VHA attendees for each program offering 1) Those that applied for CEU’s 2) All VHA attendees after two weeks from a program offering
8. Develop participant handouts and host them on a secure contractor’s hosted website for viewing and downloading.
9. Develop program promotional material and host them on a secure contractor’s hosted website for viewing and downloading.
10. Develop, conduct, assess and deliver learning evaluation at the Level-Three phase using the industry best practice model, Kirkpatrick Model®. The evaluation plan will identify (a) the purpose and objectives, (b) data collection strategy, (c) communication strategy, and (d) survey administration strategy.
11. Incorporate the TJC Standards requirements for major hospital staff elements, e.g. Administration, Physician, Nurses, Nurse Aide, Medical Records, Medical Technology, Pharmacy, Physical Therapy, Physician’s Assistant, Respiratory Therapy, Occupational Therapy, Emergency Medical Technicians, Social Work, Housekeeping, and Maintenance.
12. A Continuing Education Unit (CEU) 1.0 CEU minimum, by a nationally recognized accreditation body which corresponds with the monthly training topic will be issued to each VHA employee participating in the livebroadcast and, or recorded broadcasts upon satisfactorily completing the post exam and educational program evaluation
13. Virtual broadcasts shall also reflect standards of accredited healthcare bodies as outlined below:
” Accreditation Council for Continuing Medical Education (ACCME)
” American Nurses Credentialing Center (ANCC)
” American College of Healthcare Executives (ACHE)
IV. Submittal Information
Contractors having the skills and capabilities necessary to perform the stated requirements are encouraged to submit a written response that addresses the above information. The response is restricted to 8-1/2″ X 11″ paper, 12-point font, and page margins shall not exceed top/bottom 1″ and left/right 0.75.” Graphics and tables may use a smaller font but must be clearly readable. In response to the RFI, interested contractors shall submit the following information no later than 15th May 2013, 4:00pm EST to, Dana Diamond at dana.diamond@va.gov.
A. Past Experience: Provide the following information for three similar contracts completed within the last three to five years for which the responder was a prime or major subcontractor.
1. The name, address, and value of each contract.
2. The Prime Contract Type, e.g., Firm Fixed-Price, or Cost-Reimbursement.
3. The name, telephone and address of each contract owner.
4. Your company’s role (Prime or Sub) and services provided. If your company was a major subcontractor – provide an overview of your work share and responsibilities.
5. An overview of prime contract requirements and deliverables.
6. An overview of your technical approach.
7. A description of the contract’s difficulties and successes.
8. Descriptions of any tools utilized, and if proprietary please state.
B. Capabilities/Qualifications:
1. Technical Capability- Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work.
2. Teaming Arrangements – Identification of Subcontractors, Teaming Partners, Joint Ventures and description of their core competencies that your company would team with to perform the work.
3. Socio-Economic Status – Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and/or Hub Zone. If Service-Disabled or Veteran Owned Small Business is your company and or partners verified in VA’s VetBiz repository?
4. Commercial availability – Description of the length of time your services have been commercially available.
5. Price information – Provide your labor categories and labor rates and related discount history for the same or similar services. If services are available under GSA Federal Supply Contract, please provide GSA Contract Number, GSA pricing (to include GSA approved labor categories and labor rates), and GSA contract expiration date.
6. Other Market Information – Provide any other relative information, however this information must be included within the five page limitation.
URL: https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77713I0112/listing.html
OutreachSystems Article Number: 130614/PROCURE/0115
Matching Key Words: broadcast*; program?; education*; train*;
FedBizOpps – Special Notes
Securities and Exchange Commission, Office of Acquisitions, Office of Acquisitions, 100 F Street, NE MS-4010 Washington DC 20549
99 — RFP for Quantitative Research Analytical Data Support (QRADS) SECHQ1-13-R-0005 Robert A Witherspoon, Contract Specialist, Phone 202-551-7319, Fax 703-914-9226, Email witherspoonr@sec.gov – Angela Dunson, Contracting Officer, Email DunsonA@sec.gov This announcement serves as a solicitation notice. The Securities and Exchange Commission’s (SEC), Office of Acquisitions, intends to issue a solicitation to seek vendor(s) who will provide services to the SEC under the Quantitative Research Analytical Data Support (QRADS) requirement. The objective of this program is to obtain support for the SEC’s Division of Economic and Risk Analysis (DERA) in the following work categories: 1) Capital Markets and Financial Industry Data Analysis; 2) Quantitative Analytical Support; 3) Analytic Development Environment Database Support; 4) Communication and Technical Writing Support; and, 5) Text Analytics Support. This requirement is being conducted as a non-commercial item acquisition in accordance with FAR Part 15. The Government anticipates awarding Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts resulting from the solicitation. The period of performance for this procurement shall consist of one (1) year base period with four (4), one (1) year options. The Request for Proposal (RFP) shall require the submission(s) of technical proposal(s) as well as price proposal(s). Contract(s) will be issued to eligible firms offering the best value proposal to provide the services in accordance with the Statement of Work (SOW). The actual solicitation and all related documents are hereby released and available electronically through the Federal Business Opportunities (FedBizOpps) website at http://fedbizopps.gov/. The response due date and time for proposals is July 15, 2013. Please refer to Section L for further instructions, conditions, and notices to offerors.
Place of Performance: 100 F Street, NE Washington, DC 20549 US URL: https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ1-13-R-0005/listing.html
OutreachSystems Article Number: 130614/SPECIAL/1008
Matching Key Words: writ*; technical;
FedBizOpps – Surplus
Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — SALE OF POST-CONSUMER PALLETS QRP14-0001 062713 Daniel Pearman, QRP MANAGER, Phone 5026245673, Fax 5026245672, Email daniel.pearman@us.army.mil – Sandra McGhee, Operations Clerk, Phone 5026245026, Fax 5026245672, Email sandra.m.mcghee2.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for bid of Post-Consumer Pallets. The duration of this agreement is 1 year. Please open the attached document of the posting for sale solicitation/agreement form that is required for bidding. Initial individual pages, Sign, date, and enter all of the required information on your bid. Send your bid to Daniel Pearman or Sandra McGhee at sandra.m.mcghee2.naf@mail.mil or to fax number 502-624-5672. Respond by 27 June 2013 no later than 2:00p.m. Eastern Standard Time. Please call Fort Knox QRP for any questions you may have. All bids are welcome. The Contract performance location is at 309 Frazier Road, bldg 2962, Fort Knox, KY 40121.
Place of Performance: 309 Frazier Road. Bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP14-0001/listing.html
OutreachSystems Article Number: 130620/SURPLUS/0975
Matching Key Words: state!ky;
USABID State and Local Purchases
Kansas – Kansas State University https://eforms.ksu.edu/rfq/index.aspx Division of Financial Services/Purchasing, 21 Anderson Hall, Kansas State University Manhattan, KS 66506-0108. Ph: (785) 532-6214.
R – Video Production Support Services SOL 40346 Video Production Support Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130620/BID/0264
Matching Key Words: video*; produc*; production?;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
T – Printing and Binding of a Book – McIntosh and Anderson / Kentuck SOL K-0683-13 Printing and Binding of a Book – McIntosh and Anderson / Kentucky Agate For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130620/BID/0266
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – RFB-27-14 Old Beach Electrical Repairs Ky.Dam Village SRP RFB : SOL RFB-27-14 Old Beach Electrical Repairs Ky.Dam Village SRP RFB : 1300001086 Facilities & Support Services Construction Published On : 6/19/13 Amended On : Closing On : 7/23/13 2:00 PM EDT Time Left: 33 Days, 03:32:30 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130620/BID/0823
Matching Key Words: age:state!ky; state!ky;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
99 – MCPPD UK Hospital HD307 Angio UPSAddendum #1 Addendum #2 Addendu SOL CCK-1883-13 MCPPD UK Hospital HD307 Angio UPSAddendum #1 Addendum #2 Addendum #3Addendum #4Plans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130619/BID/0479
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – Sponsorship-Pyrotechnic/ Firework Display-Buckhorn Lake SRP RFP SOL Sponsorship-Pyrotechnic/ Firework Display-Buckhorn Lake SRP RFP : 1300000403 Kentucky Department Of Parks Published On : 6/18/13 Amended On : Closing On : 6/28/13 2:00 PM EDT Time Left: 9 Days, 03:37:54 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130619/BID/1000
Matching Key Words: age:state!ky; state!ky;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
R – Project # 2373.0Replace Woodland Sanitary Sewer Addendum #1Plans SOL CCK-1884-14 Project # 2373.0Replace Woodland Sanitary Sewer Addendum #1Plans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130618/BID/0285
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – RFB-23-14 Dennis Ward AML Reclamation Proj-Johnson Co RFB : 130 SOL RFB-23-14 Dennis Ward AML Reclamation Proj-Johnson Co RFB : 1300001076 Facilities & Support Services Carolyn Turner Construction Published On : 6/17/13 Amended On : Closing On : 7/9/13 10:30 AM EDT Time Left: 20 Days, 23:36:50 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130618/BID/0725
Matching Key Words: age:state!ky; state!ky;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
R – Endowment Investment Manager: Non-Core Real EstateAttachment 1At SOL UK-1266-14 Endowment Investment Manager: Non-Core Real EstateAttachment 1Attachment 2 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130614/BID/0330
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
R – KIA 2013-14 Legal Services RFP : 1300000374 Ky Infrastr SOL KIA 2013-14 Legal Services RFP : 1300000374 Ky Infrastructure Authority Request for Proposals(RFP) Published On : 6/11/13 Amended On : Closing On : 6/21/13 4:00 PM EDT Time Left: 9 Days For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130613/BID/0007
Matching Key Words: age:state!ky; state!ky;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
R – UK Athletics Public Relations Services SOL UK-1269-13 UK Athletics Public Relations Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130613/BID/0317
Matching Key Words: age:state!ky; state!ky;
Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService
U – FY14 Childcare Moodle Onine Course Developer RFP : 1300000391 SOL FY14 Childcare Moodle Onine Course Developer RFP : 1300000391 Kentucky Educational Television Request for Proposals(RFP) Published On : 6/10/13 Amended On : Closing On : 6/17/13 4:30 PM EDT Time Left: 6 Days, 05:06:46 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130612/BID/0003
Matching Key Words: age:state!ky; state!ky;
Other Federal Procurements (Small)
U.S. Small Business Administration http://web.sba.gov/subnet/search/dsp_search_option.cfm SBA-SUB-Net; Contact information is included with each sub-contracting bid.
R — We are looking to partner with a larger company as a sub-contrac SOL 63928447 We are looking to partner with a larger company as a sub-contractor. We are a Small Minority Owned Company that provides the following services: Industrial Work wear, safety vests, apparel, promotional products, uniforms, bags, caps, aprons, outer wear,badges, Television commercials, Radio advertisements, Corporate training videos,Infomercials,Videography,Logo Design,Video editing, Motion graphics, Animation, prinitng services, signs, posters, business cards, etc., direct mail, Please contact us if our services are needed. We can provide safety & workwear for your contractors. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130613/SMALL/8731
Matching Key Words: video*; edit*; produc*; train*; business*; commercial?;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
Related articles
- Boeing told to repay after charging $2,286 for $10 part (stripes.com)
- Business and Career Opportunities DOD Awarded Contracts (beenetworknews.com)
- Piers, Dredging Opportunity at Umm Qasr (oneiraqidinar.com)
- Grayson Passes Corporate Accountability Amendments (truthdig.com)
- Selected Headlines from The Fiscal Times (jhaines6.wordpress.com)
- Boeing Found to Overcharge Pentagon by $13.7 Million – Bloomberg (bloomberg.com)
- Defense Department’s New Definition of “Commercial Item” Will Save Money (pogoblog.typepad.com)
- Contractors Battle over $600 Million CIA Computing Contract (legaltimes.typepad.com)
Trackbacks/Pingbacks
[…] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES […]